6505--Montelukast Chewable Tablets
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), National Acquisition Center (NAC) Pharmaceuticals, is soliciting proposals for the supply of Montelukast Sodium Chewable Tablets and Capsules. This unrestricted procurement aims to establish national contract prices for distribution through VA and DoD Pharmaceutical Prime Vendor (PPV) Programs. Proposals are due March 10, 2026, at 2:30 PM CT.
Scope of Work
This solicitation seeks to secure an uninterrupted source of supply for Montelukast Sodium 4mg and 5mg tablets/chewables in 30, 90, and 1,000-count bottles. Products will be supplied to the VA (including CMOPs and State Veterans Homes), Department of Defense (DoD), Bureau of Prisons (BOP), Indian Health Service (IHS), and Federal Health Care Center (FHCC). Key requirements include:
- Packaging: Unit-of-use bottles with specific size, safety cap, and labeling (5.25" x 2" label).
- Barcoding: GS1-128 or HIBCC compliant bar code labeling at the unit-of-use level.
- DSCSA Compliance: Adherence to Drug Supply Chain Security Act (DSCSA) requirements, including serialized Transaction Information and Statements using GS1 EPCIS files.
- NDC: Offerors must provide a unique 11-digit National Drug Code for each product.
- FDA Approval & cGMP: Offered drugs must have verifiable FDA approval (NDA, ANDA, or BLA) and be manufactured in facilities with acceptable FDA current Good Manufacturing Practices (cGMP) status.
- A 0.5% Cost Recovery Fee must be included in all offered prices.
Contract Details
- Contract Type: Firm Fixed Price, Indefinite-Delivery Requirements contract.
- Ordering Period: One base year with four pre-priced one-year option periods.
- Distribution: Products will be distributed through Government PPV contracts (McKesson, Cencora, Cardinal Health, DMS Pharmaceutical Group). Payments will be received from PPVs, not directly from the Government.
Submission & Evaluation
- Submission: Proposals must be submitted via email in Microsoft Word or PDF format to Matthew.poulin@va.gov and Teresa.hussain@va.gov, including a scanned SF-1449. Faxed proposals are not acceptable.
- Pricing: Offerors must submit prices for all line items for the base year and all four option years, not exceeding two decimal places. Prices must be held firm for 120 calendar days.
- Evaluation: Award will be made to the responsible offeror with the lowest price technically acceptable offer. Technical acceptability includes meeting product descriptions, NDC requirements, FDA approval, and cGMP status. Past performance will also be evaluated.
Eligibility
- This is an unrestricted procurement.
- If the offeror is not the manufacturer, a Letter of Commitment from the manufacturer is required.
- Non-small business concerns must submit an approved subcontracting plan for contracts over $900,000.
Additional Notes
Offerors must maintain the same manufacturer (NDA/ANDA/BLA) for the duration of the contract unless a change is approved. Covered drugs must meet Federal Ceiling Price (FCP) requirements.